D 28. CONTRACTOR IS REQUIRED D · Model Integration (CMMI) ... configuration management database...

45
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I LREOUISITION NUMBER H0000213110001000 PAGE1 OF 20 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CON TRACT NO. 3. AWARD/EFFECTIVE DATE 14. ORDER NUMBER 5. SOLICITATION NUMBER 6, SOLICITATION ISSUE DATE GS-06F-0673Z 07- May-2012 HQ0034-12- F-0 11 3 7. FOR SOLICITATION a. NAME b. TELEPHONE NUMBER (No Collect Calls) 8. OFFER DUE DATE/L OCAL TIME INFORMATION CALL: 9. ISSUED BY CODE 1 H00034 10. THIS ACQUISITION IS 11. DELIVERY FOR FOB 12. DISCOUNT TEAMS UNRESTRICTED DESTINATION UNLESS Net 30 Days WHS - ACQUISITION DIRECTORATE BLOCK IS MARKED 1155 DEFENSE PENTAGON SET ASIDE: 100% FOR WASHINGTON DC 20301·1155 SB D SEE SCHEDULE HUBZONE SB D 13a. THIS CONTRACT IS A RATED ORDER X 8(A) UNDER DPAS (15 CFR 700) 13b. RAllNG SVC-DISABLED VET·OWNED SB TEL: 14. METHOD OF SOLICITATION EMERGING SB DRFO D IFB DRFP FAX: SIZE STD $25.5mill NAICS: 541512 15. DELIVER TO CODE I H00002 OS DCIO 16. ADMINISTERED BY CODE I PATRICK HUMMEL 1155 DE FENSE PENTAGON· 38288 SEE ITEM 9 WASHI NGTON DC 20301·1155 17a. CONTRACTOR/ OFFEROR CODEI3BDL8 18a. PAYMENT WILL BE MADE BY CODE I HQ0347 DIGITAL MANAGEMENT, INC. DFAS INDIANAPOLIS TY l.ER BROOKS-CRAFT 8899 E 56lH STREET 6701 DEMOCRACY BLVD STE 500 BETHESDA MD 20817-1572 INDIANAPOLIS IN46249-1510 m. (240J 223-4822 FACI LI TY I CODE D 17b. CHECK IF RB\IIrrTANCEIS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT SHOWN IN BLOCK 18a. UNLESS BLOCK BELOW IS CHECKED X SEE ADDENDUM 19. ITB'v1NO. 20. SCHEDULE OF SUPPLIES! SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AM::JUNT SEE SCHEDULE 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Gov I. Use Only I See Schedule $3,899,096.64 D 27a. SOLiCITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAA 52.212-3. 52.212-5 ARE ATIACHED. ADDENDA DARED ARE NOT ATIACHED D 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212·4. FAR 52.212·5 IS ATIACHED. ADDENDA DARE DARE NOT ATIACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN Q COPIES 29. AWARD OF CONTRACT: REFERENCE D TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS D OFFER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SUBJECT TO THE TERMS AND CONDtllONS SPECIFIED HEREIN. 30a. SIGNATURE OF OFFEROR/CONTRACTOR 30b. NAME ANDTITLEOF SIGNER (TYPE OR PRINT) AUTHORIZED FOR LOCAL REPRODUCTK:>N PREVK:>US ED!TK:>N IS NOT USABLE 30c. DATE SIGNED SET FORTH HEREIN. IS ACCEPTED AS TO ITEMS: 3la . ONITE:D STATES OF AMERICA t SIGNATURE OF CONTRACTING OFFICER) 3l c . ui\TE SIGNED 31 I> . NAI4E: OF' CCN7RA('lT NG OF'I? I CER James Johnso:l I Branch Chief rE:L : irl'P£ UP FRJN'{} E:MI\1 L: )ohnscnl1'whs .noll STANDARD FORM 1449 (REV 3/2005) Prescribed by GSA FAR (48 CFR) 53.212

Transcript of D 28. CONTRACTOR IS REQUIRED D · Model Integration (CMMI) ... configuration management database...

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I LREOUISITION NUMBER H0000213110001000

PAGE1 OF 20

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CON TRACT NO. 3. AWARD/EFFECTIVE DATE 14. ORDER NUMBER 5. SOLICITATION NUMBER 6, SOLICITATION ISSUE DATE

GS-06F-0673Z 07-May-2012 HQ0034-12-F-0 11 3

7. FOR SOLICITATION a. NAME b. TELEPHONE NUMBER (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME INFORMATION CALL:

9. ISSUED BY CODE 1 H00034

10. THIS ACQUISITION IS 11. DELIVERY FOR FOB 12. DISCOUNT TEAMS

~ UNRESTRICTED DESTINATION UNLESS Net 30 Days WHS - ACQUISITION DIRECTORATE

BLOCK IS MARKED 1155 DEFENSE PENTAGON SET ASIDE: 100% FOR WASHINGTON DC 20301·1155

SB D SEE SCHEDULE

HUBZONE SB D 13a. THIS CONTRACT IS A RATED ORDER

X 8(A) UNDER DPAS (15 CFR 700)

13b. RAllNG SVC-DISABLED VET·OWNED SB

TEL: 14. METHOD OF SOLICITATION EMERGING SB

DRFO D IFB DRFP FAX: SIZE STD $25.5mill NAICS: 541512

15. DELIVER TO CODE I H00002 OSDCIO

16. ADMINISTERED BY CODE I PATRICK HUMMEL 1155 DEFENSE PENTAGON· 38288

SEE ITEM 9 WASHINGTON DC 20301·1155

17a. CONTRACTOR/ OFFEROR CODEI3BDL8 18a. PAYMENT WILL BE MADE BY CODE I HQ0347

DIGITAL MANAGEMENT, INC. DFAS INDIANAPOLIS TY l .ER BROOKS-CRAFT 8899 E 56lH STREET 6701 DEMOCRACY BLVD STE 500 BETHESDA MD 20817-1572

INDIANAPOLIS IN46249-1510

m. (240J 223-4822

FACILITY I CODE

D 17b. CHECK IF RB\IIrrTANCEIS DIFFERENT AND PUT

SUCH ADDRESS IN OFFER

18b. SUBMIT INVO~ES ~ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK

BELOW IS CHECKED X SEE ADDENDUM

19. ITB'v1NO. 20. SCHEDULE OF SUPPLIES! SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AM::JUNT

SEE SCHEDULE

25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Gov I. Use Only I

See Schedule $3,899,096.64

D 27a. SOLiCITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAA 52.212-3. 52.212-5 ARE ATIACHED. ADDENDA DARED ARE NOT ATIACHED

D 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212·4. FAR 52.212·5 IS ATIACHED. ADDENDA DARE DARE NOT ATIACHED

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN Q COPIES 29. AWARD OF CONTRACT: REFERENCE D TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS

D OFFER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE

SUBJECT TO THE TERMS AND CONDtllONS SPECIFIED HEREIN.

30a. SIGNATURE OF OFFEROR/CONTRACTOR

30b. NAME ANDTITLEOF SIGNER

(TYPE OR PRINT)

AUTHORIZED FOR LOCAL REPRODUCTK:>N

PREVK:>US ED!TK:>N IS NOT USABLE

30c. DATE SIGNED

SET FORTH HEREIN. IS ACCEPTED AS TO ITEMS:

3la . ONITE:D STATES OF AMERICA t SIGNATURE OF CONTRACTING OFFICER) 3l c . ui\TE SIGNED

~~ 0~-t'lay-2012

31 I> . NAI4E: OF' CCN7RA('lT NG OF'I? I CER

James Johnso:l I Branch Chief

rE:L : 703-54~-Q6,3

irl'P£ UP FRJN'{}

E:MI\1 L: j~tnP.s. )ohnscnl1'whs .noll

STANDARD FORM 1449 (REV 3/2005)

Prescribed by GSA

FAR (48 CFR) 53.212

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I PAGE2 OF 20

(CONTINUED) 19. ITEM t--0. 20. SCHEDULE OF SUPA...IESI SEAV ICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. Atv'OUNT

SEE SCHEDULE

32a. QUANTI'TY IN COLUMN 2i HAS BEEN

D RECEIVED D INSPECTED D ACCEPTED, AND CONFORMS TO THE CONTRACT. EXCEPT AS NOTED:

32b. SiGNAi\JRE OF AUTHORIZED GOVERNMENT 32c. DATE 32d. PRINTED NAME AND TITI..E OF AUTHORIZED GOVERNMENT

REPRESENTATIVE REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTAnVE 32t. TELEPHONE NUMBER OF AU THORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER

CORRECT FOR D COMPLETE D PARTIAL DFINAL I PARTIAL I FINAL

38. SIR ACCOUNT NUMBER 39. SiR VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT

41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

AUTHORIZED FOR LOCAL REPRODUCTON

PREVIOUS EDITION IS NOT USABLE

41c. DATE

42a. RECEIVED BY (Print)

42b. RECEIVED AT (Location)

42c. DATE REC'D (YY/MM/DD) 142d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV 3/2005) BACK

Prescribed by GSA

FAR ( 48 CFR) 53.212

Section SF 30 - BLOCK 14 CONTlNU ATION PAGE

POTNTS OF CONTACT

Con trac tor

Customer/W A WF Inspect/ Accept

r·)(G)

Contract Sneciabst (b)(6)

DFAS Customer Service Vendor Pay l-888-332-7366 (Option 2)

HQ0034-12-r-OI IJ

Page 3 of20

Section SF 1449 -CONTINUA TlON SHEET

Exhibit/ Attachment Table of Contents

DOCUMENT TYPE Auachment 1

DESCRIPTION DD254

ITEM NO SUPPLIES/SERVICES QUANTITY 0001 1

Life Cycle Refres h FFP Per the PWS, dated 07 MAY 2012

ITEM NO SUPPLIES/SERVICES QUANTITY OOOLOL

Funding for CLIN 0001 FFP PPA Code: 1716

PAGES 2

UNJT Lot

UNIT

PURCHASE REQUEST NUMBER: HQ0002131 10001000

ACRl"'l AA

DATE 07-MAY-2012

UNIT PRICE l(b)(4) I

~NET AMT

UNIT PRICE

NETAMT

HQ0034-J2-f-01 13

Page 4 of20

AMOUNT l(b)(4) I

l(b)(4)

AMOUNT $0.00

$0.00

l(b )( 4)

ITEM NO SUPPLIES/SERYlCES QUANTITY UNIT 000102

funding for CUN 000 l FFP PPA Code: 1716 PURCHASE REQUEST NUMBER: HQ000213110001000

ACRN AB

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 000103

Fundiug for CLIN 000 I FFP PPA Code: 1716 PURCHASE REQUEST NUMBER: HQ0002l3110001000

ACRN AC

ITEM NO SUPPLIES/SERVICES QUANTITY UNJT 000104

f unding for CU N 000 l FFP PPA Code: 1716 PURCHASE REQUEST NUMBER: HQ00021311 000 I 000

ACRN AD

UNIT PRl CE

NET AMT

UNIT PRICE

NETAMT

UNlT PRICE

NET AMT

HQ0034-J 2-F-OI 13

Page 5 of20

A<\10UNT $0.00

$0.00

l(b)(4)

AMOUNT $0.00

$0.00

l(b)(4)

AMOUNT $0.00

$0.00

l(b)(4)

HQ0034-J2-F-OI 13

Page 6 of20

ITEM NO SUPPUES/SERVICES 000105

QUANTITY UNIT UNIT PRICE AMOUNT $0.00

Funding for CLJN 0001 FFP PURCHASE REQUEST NUMBER: HQ0002131IOOOIOOO

ACRN AE

NET AMT

l(b)(4)

07 MAY 2012 1. GENERAL INFORMATION:

Washington Headquarters Services (WHS) is a Department of Defense (DoD) field activity that provides administrative and operational support to a number of DoD activities in the National Capital Region (NCR). WHS Enterprise Information Technology Services Directorate (EITSD) resulted from the 201 I merger of WHS' s information Technology Management Directorate (lTMD) and the Office of the Secretary of Defense (OSD) Chief Information Officer (CIO) organization.

The overall outcome of this task order is to deploy/install the enterprise standard system image to EITSD snpported Non-classified lP Router Network (NIPRNet) end users for OSD, WHS. WHS Supported Organizations (WSO), and Pentagon Force Protection Agency (PFPA).

The desired end state includes: all systems connected to the EITSD NIPRNet will be 3 years or newer and every system connected to the EITSD supported NlPRNet wiJI use th.e enterprise standard computer image. The contractor shall image workstations, perform User State Migration, and deploy approximately 13,000 computers. The contractor shaU image and deliver au additional 1800 computers to specified locations within the NCR. EITSD has already couducted technical, beta and customer pilots to validate the drafted Windows 7 deployment processes and checklists for OSD which will be provided to the vendor. The vendor will assist with the pilot deployments for WHS and PFPA.

2. SCOPE:

The contractor shall provide the following types of Lifecycle Refresh services:

• Pr~ject Management • Physical deli very and deployment of new desktops and laptops to end users • Physical removal of older desktops and laptops to a central place for reimaging or disposal • Imaging and delivery of desktops and laptops (may reimage usable desktops/laptops) to certain locations

within NCR to support components conducting their own deployments. • Imaging, perlorming User State Migration and deployment and set-up of desktops and laptops Update

Remedy Asset Management aud Configuratiou Management re-eords • End-user training (classroom, desk side for Executives, and printed materials)

3. GENERAL CONTRACTOR RESPONSIBILITIES:

$0.00

HQ0034-J2-F-Oll3

Page 7 of20

3.1 The contractor shall, as an independent contractor, and not as an agent of the Government, furnish all management and labor oecessary to perform the requirements in this performance work statement nnless otherwise provided the Government. Examples of Govemmcnt furnished eqnipment include workstations and enterprise software tools (e.g., Remedy. The contractor shall obtain Government approval prior t0 contractor use of contractor provided hardware and sol'tware in the perfonnance of this work. Hardware, Commercial OtT-the-Shelf (COTS) software, cnstom-developed software, and data provided during the execution of this contract shall become property of the Government at the end of the task order.

3.2 The-contractor shall utilize commercial best business practices such as:

• Project Management Body of Knowledge (PMBOK) guide

• The Information Technology Infrastructure Library (ITIL) version 3 (ITIL v3)

• Capability Maturity Model Integration (CMMI)

3.3 The contractor shall use Government provided tools to accurately document, administer, and maintain data and configuration. Government provided tools include bU( are not limited to the following: (1) BMC Remedy for ticket tracking and routing, configuration management database (CMDB), and asset management; and (2) the enterprise portal, using Microsoft SharePoim. as a knowledge management repository including project plan, schedule, and standard operating procedure (SOP) library.

3.4 The contractor shall provide on-site management staff with full company authority to oversee the assigned resources and enable rapid resolution of day-to-day service delivery issues. The Project Manager (PM) provides project personnel with guidance on all areas of the engagement and is the primary customer contact for all major support issues through the length of the project.

3.5 The contractor's PM shall manage all issues between the contractor and EITSD.

3.6 The contractor shall participate io authorized on-site meetings; and prepare and present written and oral briefings on progress of work, as requested by the Government.

3.7 The contractor shall adhere to the Government's personnel "in and ouf' processing procedures.

3.8 The contractor shall review the Government provided draft Deployment plan and draft deployment schedule and provide proposed revisions back to the Government within 10 calendar days after contract award. Upon Government approval. the contractor shall implement plans and procedures, and address discrepancies through the contractor's Quality Control Management procedures.

3.9 Information Assurance Training Requirements: Contractor personnel assigned to perform IA functions and responsibilities shall comply with DoD Directive 8570.1 "Information Assurance Training. Certification, and Workforce Management" and it's implementing Manual, DOD 8570.1-M. The Contracting Officer, in conjunction with the Contracting Officer's Representative (COR) will ensure that Contractor personnel are appropriately certified and provide verification to the Defense Eligibility Enrollment System (DEERs).

HQ0034-J2-F-Oll3

Page 8 of 20

4. REQUIREMENTS I TASKS:

The intent is to deploy the enterprise standard system image to all EITSD-supported NIPRNet end users using a combination of new systems and systems identified for reuse. The deployment will be based on geographic locations around the National Capital Region. The deployment should be completed for an oftice space within one oftice space visit when possible.

The contractor shall:

4.1 Provide Desktop/Notebook Installation services to include but not limited to:

a.

b.

Perform customer surveys 3 weeks before user deployment is scheduled to ohtain information about the user desktop/laptop.

Image workstations and perform user state migration for all customer laptops and desktops.

c. Inspect all laptops, desktops, monitors, and other .items to be transferred to ensure that the components are free of any damage prior to receipt.

d. Deploy and set-up desktop to the user location.

e. Follow deployment checklists to set-up user (this includes ensuring the user has their user profiles, printers are mapped, PST files are available and all user specific software is installed if not available as a virtualized application).

f. Resolve and track all issues until completion. g. On site disposal of

h.

i.

j.

deployment related trash to in the immediate installation premises & properly clean the installation area.

Pick-up old workstations from user location after two weeks.

lJ pdate user information in Remedy.

Provide aoy lessoos learned and update checklists accordingly to improve the process

4.2 Provide and deliver imaged desktops/laptops services; which include but are not limited to:

a. Image desktops/Laptops for components conducting their own deployments.

b. Deliver desktops/Laptops to specified locations within tbe NCR.

c. Pick-up desktops/Laptops from specified locations within the NCR and deliver to warehouse.

4.3 Provide Help Desk Support for Windows 7 Deployment issues; which include but are not limited to:

a. Provide help desk supp011 for all issues related to Windows 7 deployment.

b. Utilize Remedy to track and opJate issue resolution.

4.4 Provide day after deployment support

a. gronnd support the day after to users at tbe location.

b. c.

survey.

HQ0034-12-F-O 113

Page 9 of20

Provide boots on the

Resolve user issues. Complete user qnality

4.5 Provide support the WHS and PFPA Pilot deployment

a. Assist in development/verification of the checklists for tbe WHS/PFPA deployments.

b. Support the PFPA and WHS beta and customer pilot deployment.

4.6 Provide Customer Satisfaction which includes but not limited to:

a. Interactive Customer Evaluations.

b. W e.ekly Schedule updates and progress.

4.6 Provide Asset Management and Transportation Services which includes but is not limited to:

a. Provide vehicles and personnel for equipment delivery and pick-up.

b. Provide Schedule, Pickup and Delivery equipment to various locations.

c. Labeling and hand receipt/transfer receipt management.

4.7 Provide End User Training Services which incJudes but not Limited to:

a. Provide desk side training during deployment to executives as required, which will include basic system and software functionality.

b. Provide classroom training on new software to be delivered to the end user (Windows 7and Otiice 2010).

c. Provide printed training materials for end user education on their new subsystem and updated image.

d. Provide a training schedule for all training to be offered during the period of performance.

4.8 Provide Service Desk Training which includes but not limited to:

a. Provide classroom based training to Service Desk Members in the use of Windows 7 and Office 20l0 as well as the support and troubleshooting practices for those technologies.

b. Traiuing shouh.l occur 2 weeks before the first deployments to allow for Service Desk Support of the new image and software.

c. The training should be offered up to 2 weeks after the final deployments. d. Provide web-based

training (IE 8 compatible) on new software to be delivered to the Service. Desk Member (Windows 7 and Office 2010).

e. Provide training schedule for all training to be offered during the period of performance.

HQ0034-J2-F-Oll3

Page. 10 of 20

5. ADMINISTRATIVE REQUIREMENTS:

5.1 Security: All personnel assigned to this contract shall at a minimum have an active DOD secmity clearance (SECRET). In addition, DOD lnstructioo 8500.2, Information Assurance (IA) Implementation, requires certain investigative levels for contractors working on DoD Information Systems while a minimum of 2 personnel/individuals will have an active Top Secret (TS/SCI) security clearance.

5.2 Technical Data and Software Licenses: At the discretion and approval of the Governme.nt, applicable and relevant technical data and software licensing currently in existence will be provided to the contractor during initial transition.

5.3 Place of Performance: The primary place of performance will be at the Pentagon and other Government facilities within the NCR. Primary locations include Pentagon, Mark Center, Crystal City, Rosslyn. Suffolk Building in Arlington, VA, and the consolidated warehouse in Alexandria, VA.

5.4 Hours of Ope.ration/Performance: Normal Working Hours (NWHs) are 6:00am to 6:00pm on weekdays. Extended Working Hours (EWHs) are 6:00pm to 8:00am weekdays and include all day on weekends and Federal holidays.

5.5 Applicable Documents:

The contractor shall ensure continuing aJhercnce to generally accepted Government information technology policies and guidance applicable to the task order. This includes, but is not limited to, public laws, executive orders, directives, regulations, manuals. standart..ls, memorandums, and instructions. The contractor shall comply with the appropriate DoD-approved programs, standards, and guit..lelines.

• DoD Issuances including directives. instructions publications. and memorandums are listed at http://www.dtic.mil/whs/directives/.

• DoD IA policies, procedures, directives, instructions, and manuals are listed at http://iase.disa.mil/policy-guidance/index.html.

• United States Cyber Command (USCC) orders, directives, and lA vulnerability alerts are listed at https://www.jtfgno .mil

• DoD Instruction 5000.64, Accountahility and Management of DoD-Owned Equipment and Other Accountable Property.

• ADM 002502-11 Implememation of Basic Input/Output System (BIOS) Protection Guidelines and the referenced National lnstitutes of Standards publication NIST 800-147 (April2011) BIOS Protection Guidelines http:/ /csrc.nist. gov/publications/PubsSPs.html

6. PERFORMANCE METR ICS:

Table 6.1 Performance

Requirement Description Performance Standard O~jectives

Enterprise Standard Percentage of enterprise standard imaged At least 98% by the end of the

Images Deployed deployed compared to a validated list of perioJ of performance

PWS 4.2 and 4.2 systems provided by the Government

HQ0034-J2-F-OI 13

Page IJ of20

Percentage of customer responses to an At least 4 out of 5 on a Likert

Customer Satisfaction automated satisfaction survey (aka Interactive scale by the end of the period of

PWS4.6 Cusiomer Evaluations) that score 4 or better based on a typjcal five-level Likert scale

performance

Enterprise Standard Percentage of enterprise standard imaged

Images Deployed deployed compared to a validated list of

50% or more at 4 months after (Halfway)

systems provided by the Government award

PWS 4.1 and 4.2 Percentage of customer responses to an

Customer Satisfaction automated satisfactiotl survey (aka Interactive At least 3. 75 out of 5 on a Likert PWS 4.6 Cus£omer Evaluations) that score 4 or better scale by 6 months after award

based on a typical five-level Likert scale

Note: Contractor Performance Evaluation: The Contractor's performance will be reported in the Contractor Performance Assessment Reporting System (CPARS) and the assessments wiU be retlected in the .Past Performance Information Retrieval (PPIRS) Database.

7. REPORTS AND DEUVERADLES

The contractor shall provide the following management reports and deliverablcs:

Table 7.1

Deliverable Description Schedule Format

• Deployment plan

• Communications and their Revised Deployment Plan timing

I 0 days after award Mutually Agreed PWS 3.8 • Any technologies used

• Deployment process

• Deployment Checklists Weekly Status Reports Weekly updates reporting on

Weekly Mutually Agreed PWS 3.6 schedule updates and progress

Details of training content and Training Schedule PWS schedule for delivery to include

I Odays after award Mutually Agreed 3.7 places for delivery within Mark

Center, Pentagon, and Crystal City Master Deployment Schedule Detailed schedule to meet the Final requirements of this performance I 0 days atter award Mutually Agreed PWS 3.8 work statement (PWS)

Conduct customer surveys to idenrify local peripherals,

I 5 days prior to Customer Surveys applications used, user profile, and PWS 4.1 file shares, for each user to be

scheduled Mutually Agreed

deployed a new desktop/laptop (See deployment

draft deployinent plan) Remedy Configuration Updates to Remedy documenting the Management Database asset assignment to user and ensuring No longer than 5 (CMDB) and Remedy Asset user information in Remedy is days after Mutually Agreed Management Record Updates accurate for each a new installation PWS 4.1 desktop/laptop had been deployed to.

Deliverable Description Schedule Report of trouble calls reported after

Lessons Learned the deployment, consolidated

PWS 4.1 customer evaluation responses, and Weekly suggestions for improving the deployment processes

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT 0001 Destination Government Destination 000101 Destination Government Destination 000102 Destination Government Destination 000103 Destination Government Destination 000104 Destination Government Destination 000105 Destination Government Destination

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS

0001 POP 14-MAY-2012 TO N/A os12 no 13-FEB-2013 r·)(·)

FOB: Destination

000101 N/A NIA NIA

000102 N/A NIA NIA

000103 N/A N/A NIA

000104 N/A N/A NIA

000105 N/A NIA NIA

HQ0034-J2-F-OI 13

Page 12 of20

Format

Mutually Agreed

ACCEPT BY Government Government Government Government Government Government

UIC

HQ0002

N/A

NIA

NIA

NIA

NIA

ACCOUNTING AND APPROPRIATION DATA

AA: 97003V0 20?0 POO!l(i 6402 251 G S49447 DHAC08424 AMOUNT~(b)(4) _ CIN HQ000~2~13:-:J~J(~)()~0~10~00000 I :l (b )( 4) I AB: 9700300.2020 P0044 6401 25JG S49447 DHAC08425 AMOUNT:I(b)(4) I CJN HQ0002131100010000002:I<b}(4)

AC: 9710300.2020 PI009 6402 251G S49447 DHACU!314 AMOUNT:i(b)(4) I CIN HQ00021311 000 I 0000003 J&.:.(b-').~.,.( 4.:..) --~

AD: 9710300.2020 P 1044 640 I 251 G S49447 DHAC 18315 AMOUNTJ(b)(4) I CIN HQ0002131 I 000 10000004~l(b~)(l-:4'-) __ _.

AE: 9720300.2020 P2009 6401 251G S49447 DHAC28120 AMOUNTJ(b)(4) I CIN HQ000213ll 000 I 0000005 t..:.l(b..:.}.:..( 4.:..) _ ___.

CLAUSES INCORPORATED BY REFERENCE

52.222-50 252.203-7000

Combating Trafficking in Persons Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personne.I Work Product 252.204-7004 Alt A Central Contractor Re.gistration Alternate A

FEB 2009 SEP 2011

JAN 2009 APR 1992 SEP 2007

252.205-7000 252.209-7004

Provision Of Information To Cooperative Agreement Holders DEC 1991 Subcontracting With Firms That Are Owned or Controlled By DEC 2006

252.219-7004 252.225-7002 252.225-7012 252.226-7001

The Government of a Terrorist Country Small Business Subcontracting Plan (Test Program) Qualifying Country Sources As Subcontractors Preference For Certain Domestic Commodities Ulilization of Indian Organizations and Indian-Owned Economic Enterprises. and Native Hawaiian Small Business Couccrns

JAN 2011 APR2003 JUN 2010 SEP 2004

252.232-700.' Electronic Submission of Payment Requests and Receiving MAR 2008

252.232-7010 252.233-7001 252.239-700 I 252.243-7002 252.247-7023 252.247-7024

Reports Levies on Contract Payments Choice of Law (Overseas) Information Assurance Contractor Training and Certification Requests tor Equitable Adjustment Transportation of Supplies by Sea Notification Of Transportation Of Supplies By Sea

CLAUSES INCORPORATED BY FULL TEXT

DEC 2006 JUN 1997 JAN 2008 MAR 11J98 MAY2002 MAR2000

HQ0034-J2-F-01 13

Page 13 of20

HQ0034-J2-F-Oll3

Page 14 of20

52.252-6 AUTHORIZED DEVIATIONS JN CLAUSES (APR 1984)

(a) The use io this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter l) clanse with an authorized deviation is indicated by the addition of "(DEVIATION)" aller the date of the clause.

(b) The use in this solicitation or contract of any clause with an authorized deviation is indicated by the addition of "(DEVJA TION)" after the name of the regulation.

(End of clanse)

252.204-7006 B[LLING INSTRUCTIONS (OCT 2005)

When snbmitti.ng a request for payment, the Contractor shall--

(a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and

(b) Separately identify a payment amount for each contract line item included in the payment request.

(End of clause)

252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010)

(a) Definition. Export-controlled items, as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR parts 730-774) or the International Traft1c in Arms Regulations (IT AR) (22 CFR parts 120-130). The term includes:

(I) Defense items. defined in the Anns Exp01t Control Act 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the IT AR, 22 CFR part 120.

(2) Items, defined in the EAR as "commodities, software, and technology." terms that are also defined in the EAR, 15 CFR 772.1.

(b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for Contractors to register with the Depm1ment of State in accordance with the ITAR. The Contractor shall consult with the Department of State Tegarding any questions relating to compliance with the IT AR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR.

(c) The Contractor's responsibility to comply with all applicable laws anJ regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause.

(d) Nothing in the terms of this contract adds to, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to--

(I) The Export Administration Act of 1979, as amended (50 U .S.C. App. 240 I, et seq.);

(2) The Arms Export Control Act (22 U .S.C. 2751, et seq.);

(3) The International Emergency Economic Powers Act (50 U .S.C. 170 I, et seq.):

HQ0034-J2-F-OI 13

Page 15 of20

(4) The Export Administration Regulations (15 CFR parts 730-774);

(5) The Intemational Traffic in Arms Regulations (22 CFR parts 120-130): anu

(6) Executive Order 13222. as extended.

(e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts.

(End of clause)

252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO iMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION)

(a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 20 I 0) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier unuer this contract:

252.237-7010

252.237-7019

252.247-7003

252.247-7023 252.247-7024

(End of clause)

Prohibition on Intenogation of Detainees by Contractor Personnel (NOV 20l0) (Section 1038 of Pub. L. I I 1-84). Training tor Contractor Personnel Interacting with Detainees (SEP 2006) (Section I 092 of Pub. L. 108-375). Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 1 I 0-417) Transportation of Supplies by Sea (MAY 2002) ( 10 U.S.C. 2631) Notification of Transportation of Snpplies by Sea (MAR 2000) ( l 0 U.S.C. 2631)

252.225-7017 Photovoltaic Devices (MAR 20 l2)

(a) Definitions. As used io tl:tis clause--

Bahrainian photovoltaic device means an article that--

(i) Is whoiJy mannfactured in Bahrain; or

(ii) In the case of an article that consists in whole or in part of materials from another conntry, has been substantially transformed in Bahrain into a new and different article of commerce with a name. character. or use distinct from that of the article or articles from which it was transformed.

Canadian photovoltaic device means an article that has been substantially transformed in Canada into a new and different article of commerce with a name, character, or use distinct from that or the anicle or anicles from which it was transformed.

HQ0034-J2-F-Oll3

Page 16 of20

Caribbean Basin country photovoltaic device means an article that--

(i) [s wholly manufactured in a Caribbean Basin conntry; or

(ii) In the case of an article that consists in whole or in part of materials from another country, has been snbstantiaUy transformed in a Caribbean Basin country into a new and different article of commerce with a name, character, or use distinct from th.at of the article or articles from which it was transformed.

Designated country means--

(i) A World Trade Organization Govermnent Procurement Agreement (WTO GPA) country (Arnba, Austria, Belgium, Bulgaria, Canada, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Gennany. Greece, Hong Kong, Hungary, Iceland, Ireland, lsrael, Italy. Japan, Korea (Republic ot), Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Netherlands, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan (known in the World Trade Organization as "the Separate Cnstoms Territory of Taiwan, Penghu, Kinmen, and Matsu" (Chinese Taipei)), or the United Kingdom);

(ii) A Free Trade Agreement country (Australia, Bahrain, Canada. Chile, Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras. Mexico. Morocco. Nicaragua, Pe.ru, or Singapore);

(iii) A least developed country (Afghanistan. Angola, Bangladesh, Benin, Bhutan, Burkina Faso, Burundi. Cambodia, Central African Republic , Chad, Comoros, Democratic Republic of Congo, Djibouti, East Timor, Equatorial Guinea, Eritrea, Ethiopia, Gambia, Guinea, Guinea-Bissnu, Haiti, Kiribati, Laos, Lesotho, Liberia, Madagascar, Malawi. Maldives, Mali, Mauritania. Mozambique. Nepal, Niger, Rwanda, Samoa. Sao Tome and Principe, Senegal. Sierra Leone, Solomon Islands, Somalia, Tanzania, Togo, Tuvalu, Uganda, Vanuatu. Yemen, or Zambia); or

(iv) A Caribbean Basin country (Antigua and Barbuda, Aruba, Bnhamas, Barbados, Beli:L.e. Bonaire, British Virgin Islands, Curacao, Dominica, Grenada, Guyana, Haiti, Jamaica, Montserrat, Saba, St. Kitts and Nevis. St. Lucia, St. Vincent and the Grenadines, Sint Eustatius, Sint Ma~uten, or Trinidad and Tobago).

Designated country photovoltaic device means a WTO GPA country photovollaic device , a Free Trade Agreement country photovoltaic device, a least developed country photovoltaic device. or a Caribbean Basin country photovollaic device.

Domestic photovoltaic device means a photovoltaic device manufactured in the United States.

Foreign photovoltaic device means a photovoltaic device other than a domestic photovoltaic device.

Free Trade Agreement country means Australia, Bahrain, Canada. Chile, Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras, Mexico, Morocco, Nicaragua, Peru. or Singapore.

Free Trade Agreement country photovoltaic device means an article that--

(i) Is wholly manufactured in a Free Trade Agreement country; or

(ii) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in a Free Trade Agreement country into a new and different article of commerce with a name. character, or use distinct from that of the article or articles from which it was transformed.

Least developed country photovoltaic device means an article that--

(i) ls wholly mnnufactured in a least developed country: or

HQ0034-12-F-O 113

Page 17 of20

(ii) In the case of an article that consists in whole or in part of materials from another country, has been substantiaUy transtonned in a least developed country into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed.

Moroccan photovoltaic device means an article that--

(i) Is wholly manufactnred in Morocco; or

(ii) In the case of an article that consists in whole or in part of materials ti·om another conntry, has been snbstantially transformed in Morocco into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed.

Peruvian photovoltaic device means an article that--

(i) Is wholly mannfactured in Peru; or

(u) In the case of an article that consists in whole or in part of materials from another country, bas been substantially transformed in Peru into a new and dif'ferent article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed.

Photovoltaic device means a device that converts light directly into electricity through a solid-state, semiconductor process.

Qualifying country means any country listed in the definition of "qualifying country" at 225.003 of the Defense Federal Acquisition Regulation Supplement (DFARS).

Qualifying country photovoltaic device means a photovoltaic device manufactured in a qualifying country.

United States means the 50 States, the District of Columbia, and outlying areas.

U.S.-made photovoltaic device means a photovoltaic device that--

(i} Is manufactured in the United States; or

(ii) Is substantially transformed in the United States into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed.

WTO GPA country photovoltaic device means an article that--

(i) Is wholly manufactured in a WTO GPA country; or

(ii) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in a WTO GPA country into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed.

(b) This clause implements section 846 of the National Defense Authorization Act for Fiscal Year 20 I I (Pub. L. 111-383).

(c) Restriction. If the Contractor specified in its offer in the Photovoltaic Devices--Certificate provision of the solicitation that the estimated value of the photo voltaic devices to be utilized in performance of this contract wouiJ be--

HQ0034-12-F-O 113

Page 18 of20

(1) More than $3,000 but less than $25,000, then the Contractor shall utilize only domestic or qualifying country photovoltaic devices unless, in its offer, it speciticd utilization of other foreign photovoltaic devices in paragraph (c)(2)(ii) of the Photovoltaic Devices--Certificate provision of the solicitation;

(2) $25,000 or more but less than $77.494, then the Contractor shall utilize in the performance of this contract only domestic or qualifying country photovoltaic devices unless, in its offer, it specified utilization of Canadian or other foreign photovoltaic devices in paragraph (c)(3)(ii) of tbe Photovoltaic Devices--Certificate provision of the solicitation. If the Contractor certified in its offer that it will utilize a qualifying country photovoltaic device or a Canadian photovoltaic device, the Contractor shall utilize a qualifying country phot.ovoltaic device, a Canadian photovoltaic device, or, at the Contractor's option, a domestic photovoltaic device;

(3) $77.494 or more but less than $202,000, then the Contractor shall utilize under this contract only domestic photovoltaic devices, qualifying country photovoltaic devices, or Free Trade Agreement country photovoltaic devices (other than Bahrainian, Moroccan, or Peruvian photovoltaic devices), unless, in its offer, it specified utilization of other foreign photo voltaic devices in paragraph (c)( 4 )(ii) of the Photo voltaic Devices--Certificate provision of the solicitation. If the Conlractor certified in its offer that it will utilize a qualifying country photovoltaic device or a Free Trade Agreement country photovoltaic device (other than a Bahrainiao, Moroccan, or Peruvian photovoltaic device), the Contractor shall utilize a qualifyiug couutry photovoltaic device; a Free Trade Agreement country photovoltaic device (other than a Bahrainian, Moroccan, or Peruvian photovoltaic device), or, at the Contractor's optiou, a domestic photovoltaic device; or

(4) $202,000 or more, then the Contractor shall utilize uuder this contract ouly U.S.-madc, qualifying couutry, or designated country photovoltaic devices.

(End of clause)

252.237-7010 PROHIBITION ON .lNTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010)

(a) Definitions. As used in this clause--

Detainee means any person captured, detained, held, or otherwise under the effective control of DoD personnel (military or civilian) in connection with hostilities. This includes, but is not limited to, enemy prisoners of war, civilian internees, and retained personnel. Thi~ does not include DoD personnel or DoD contractor personnel being held for law enforcement purposes.

Interrogation of detainees means a systematic process of formally and officially questioning a detainee for the purpose of obtaining reliable information to satisfy foreign intelligence collection requirements.

(b) Contractor personnel shall not interrogate detainees.

(c) Subcontracts. The Contractor shall include the substance of this clause, including this paragrnph (c), in all subcontracts that may require subcontractor personnel to interact with detainees in the course of their duties.

(End of clause)

HQ0034- I 2-F-0 113

Page 19 of 20

WHS A& PO WA WF INVOICING INSTRUCTIONS (Apr 20 10)

To implement DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports (March 2008 )", Washington Headquarters Services, Acquisition & Procurement Office (WHS A&PO) utilizes W A WF to electronically process vendor requests for payment. The wen based system is located at https://wawf.eb.m.il, and allows government contractors and authorized Department of Defense (DOD) personnel to generate, capture, process and track invoice and acceptance documentation electronically. The contractor is required to utilize this system when submitting invoices and receiving reports under this contract. Submission of hard copy DD250/Invoice/Pnhlic Vouchers (SF1034) is no longer permitted.

The contractor shall ensure an Electronic Business Point of Contract is designated in Central Contractor Registration at http://www.ccr.gov/ and register to use W A WF at https:l/wawf.eb.mil within ten (I 0) days after award of the contract or modification incorporating W A WF into the contract. Step by step instructions to register arc available at http://wawf.eb.miJ.

The contractor is directed to submit the following invoice type:

2-n-1 ·Services Only, including Construction *"'Do NOT use the W A WF Construction invoice type- it is not permitted for invoices paid in the MOCAS

system

Back up documentation may be attached to the invoice in W A WF under the "Mise Info" tab. Fill in all applicable information under each tab.

With the exception of extensions, the following required information should automatically populate in W A WF; if it does not populate, or does not populate completely or correctly, enter the following information as noted:

Contract Number GS-06F-0673Z

Delivery Order HQ0034-l2-F-Oll3

PayDoDAAC HQ0347

Issue By DoDAAC HQ0034

Admin By DoDAAC HQ0034

Inspect By DoDAAC/Extension Leave Blank

Service Acceptor DODAAC/Extension ill:

Ship to DODAAC/Extension or

Service Approver DODAAC/Extension ill: HQ0002

Grant Approver DODAAC/Extension

DCAA Auditor DODAAC/Extension Leave Blank

LPODODAAC Leave Blank

The Contractor shall verify that the DoDAACs automatically populated by the W A WF system match the above information. If these DoDAACs do not match then the contractor shall correct the tield(s) and notify the contracting officer of the discrepancy (ies}.

The Contractor will need to enter a Shipment (or Voucher) Number in a specific format.

HQ0034-J2-F-Oll3

• The correct format for a shipment number for MOCAS invoices is AAAXNNN where A ::: alpha, X ::::alphanumeric and N = numeric characters, followed by a "Z" suffix if it is a final invoice. (e.g. SEROOOI, BVN0002Z, SERA003)

• W A WF will affix the prefix ' 'SER" for 2-in-1 invoices and prefix ".B VN" for cost vouchers to the Shipment (or Voucher) Number fields. For Combo documents, the contractor may enter their own three letter prefixes.

Page 20 of20

Take special care when entering Line Item information . The Line Item tab is where yon will detail your request for payment and material/services that were provided based upon the contract. Be sure to fill in the following items exactly as they appear in tbe contract:

• Item Number: If the contract schedule has more than one ACRN listed as sub items under the applicable Contract Line Item Number (CLIN), use the 6 character, separately identified Sub Line Item Number (SLIN) (e.g.- 0001AA) or Informational SUN (e.g.- 000101), otherwise use the 4 character CLIN (e.g. -0001).

• Unit Price

• Unit of Measure

• ACRN: Fill-in the applicable 2 alpha character ACRN thai is associated with the CLIN or SUN.

Note -DO NOT INVOICE FOR MORE THAN IS STILL AVAILABLE UNDER ANY CLIN!SUN/ACRN.

Before closing out of an invoice session in W A WF but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More Email Notification" on the page that appears. Add the following email addres*b)(G) lin the first email address block and add any other additional email addresses desired in the following blocks. Tbjs additional ootiJication to the govemment is important to ensure rhat all appropriate persons are aware that the invoice documents have been submitted into theW A WF system.

lf you have any questions regarding WAWF, please contact the WAWF Help Desk at 1-866-618-5988.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ,I. CONTR1\~T ID CODE I P~GE If PA:ES

2. AMENDMENTIMOUll'lCA"llON NO. 3. EFFECTIVE DA'n:! 4. REQUISITION/PURCHASE REQ. NO. 15 .I'ROJECT NO.IlfapplitablcJ

RJ0001 06-Aug-2012 SEE SCHEDULE

G. ISSUED BY CODE HQ0034 7. ADMINISTERED BY llr<ltherchan item6\ CODE I H00034 WHS · ACOVISITION DIRECTORATE

WHS· ACQUISITION DIRECTORATE 1155 DEFENSE PENTAGON 2521 SOUTH CLARK ST WASHINGTON DC 20301·1155 ARLINGTON VA 22202·3909

8. NAME AND ADDRESS Of CONTRACTOR (No., ~·m~ct. County. Slate and Zip Code I 9A. AMENDMENT OF SOLICITATfON NO.

lf61~ ~411t:lii~EI.1Et:li r c 9B. DATED (SEE ITEM Ill 6550 ROCK SPRING OR 7TH FLOOR

BETHESDA MD 20817·1124

X I OA. MOD. OF CONTRACT/ORDER NO. H00034·12·F-0113

JOB. DATED (SEE ITEM 13)

leonE 3BOL8 lr=Arn .JTY ronr= 3BDL8 X 07-May-2012

II. THIS ITEM ONLY APPLIES TO AMENDtvtENTS OF SOLICITATIONS

D ·n1e above nonncred solocitation os aorended a; set fOrth in llem 14. The hour and dme .<peci6ed lOr !"ffeipt ofOfth D is e:.~ended. D JS not cx1eroded.

O&rmost ad;uowledge receipt of this an-endrrent priorto 1he hour and date •pecitied i.n the solicitation o.ra' arrended by one oft he li:>ll<lwing methods: Ia) By coll'pleting Item; 8 and 15. and retunung ___ copies oflht an~ndment: lbl B) acknowJe.jgin~ receipt of this an-endm~nt on each copy of1heo~r subnittcd: or (c) By separate lcuer or tdcgr•mwhich indudcs a rekrencc to th~ NO licitation and aotcndniL:nl nunilc:rs. FAil..URE OF YOUR ACKNOWLEDUMiiNTTO BE RECEIVED AT111E PLACE DESIGN A TED fOR TIJE RECEIPTOfOFFE!tS PRIOR TO mE BOUR AND DATE SPECIFIED MAY RESUL TIN REJECTION OF YOUR OFFER. If by vistueof1his aoren dn-.:nt you desire to change an ofler already submitt c<Lsuch challge may be tmde by telegram or ICHer. pw vided t:.ach 1c.Jcgramor k L1er n1akcs reference tn the Stl llcitation and chi s a.n'l.~ndnrnt , ~md is received plinr to the opening hour and dmc spcci6..:.d.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO .MODIFICAT IONSOfCONTRACI'S/ORDERS. IT MODIFIES THE CONTRACT /ORDER NO. AS DESCRIBED lN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. lN ITEM lOA

B. THE ABOVE NUMBERED CONTRACI'/ORDER IS MODI FrED TO REFLECT THE ADMlNI~iTRATIVE CHANC'..ES (such as changes in paying office, appropriation date, etc.) ~ET .FORTI-I IN ITEM 14. PURSUANT TO THE AUTHORITY OF FAR 43 .1 03(BJ.

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED fNTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Sf>ecify type of modificat ion and authol'ity) 52.212-4(c)

E. IMPORTANT: Contractor D is not, ~ is required to sign this document and return 1 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter Where feasible.) Modification Control Number: w atsonp 121685

The purpose of this rrodification is to add CLIN 0002 as specified herein.

E:« :cpc .as prnvided herein. all Lcr~ and cnndi1iun .s of1bc docurrent rcre-rcnc:cd in hem \'lA or HlA. as hcrewf<,re changed. rcrn.tins tmchanged and in lid I i()rce and effk..::.·L

15A. NAME AND TITLE OF SIGNER (Type or print) !6A. NAME AND TITLE OFCONTRACI'fNGOFFlCI!R(Typeor print)

158. CONTRACTOR/OFFEROR

(Signature of person authorized to signl

EXCEPTION TO SF 30 APPROVED RY OIRM 11-84

JAMES JOHNSON / BRANCH CHIEF TEL: 703·545-0693 EMAIL: [email protected]

15C. DATE SIGNED 16B. UNITED Sf ATES OF AMERICA 16C. DATE SIGNED £;~ ~ - r.?

BY -~~.c~ ~ __,~_;-c;...-<: -~

07-Aug-2012 (Signature of Contracting Officer)

30-105-04 STANDARD FORJ\'t 30 (Rt!v. I 0-83) Prescribed by GSA FAR (48 CFR) 53.243

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 30- BLOCK 14 CONTINUATION PAGE

The following have been modified: POINTS OF CONTACT

Contractor

Customer/W A WF Insn_ect/ Accept (b}(6)

Contract Specialist

Contracl'jng Officer

DFAS Customer Service Vendor Pay l-888-332-7366 (Option 2)

SECTION SF 1449- CONTINUATION SHEET

SOUCJT ATlON/CONTRACT FORM

The total cost of this contract was increased b~._(b_)_(4_) __ _,krom l(b)(4)

SlJPPUES ORSER VICES AND PRICES

CLJN 0002 is added a!! follows:

HQ0034-12-F-0113 POOOOI

Page 2 of 4

I( EST).

lTEM NO SUPPLIES/SERVICES QUANTJTY UNIT Lot

UNIT PRICE 0002

Other Direct Cost (ODC)

COST

All costs associated with this line item must be a roved by the Government before costs are incurred. Maximum Amount (b)(4)

PURCHASE REQUEST NUMBER: HQ00021311000l004

ADDITIONAL MARKINGS: l2EN220-032-0005

ESTIMATED COST

ACRN AE

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

CLLN 0002: Fnoding on CLIN 0002 is initiated as follows:

ACRN:AE

CIN: HQ0002131 I 000 I 0040002

Acctng Data: 9720300.2020 P2009 640 I 251 G S49447 DHAC28120

lncrease:l(b )( 4)

Total:._l<b_)(_4) __ _.

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item has been addeJ to CUN 0002:

DELIVERY DATE

POP 06-AUG-2012 TO 13-FEB-20 13

INSPECTION AND ACCEPTANCE

QUANTITY

N/A

SHIP TO ADDRESS

OSDCIO

FOB: Destination

The following Acceptance/Inspection Scheuule was added for CLIN 0002:

HQ0034-12-F-0113 POOOOl

Page 3 of4

AMOUNT l(b)(4) I

l(b)(4)

l(b)(4)

UIC

HQ0002

INSPECT AT Destination

(End of Summary of Changes)

INSPECT BY Government

ACCEPT AT Destination

HQ0034-12-F-0113 POOOOl

Page 4 of 4

ACCEPT BY Government

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONlR;\~T ID COD F. I P~GE~F PA;Es

2.AM"ENOMEN"J'l.MODif·1CA'llON NO. 3. EFFECTIVE DA'fie 4.REQU!Srl10NIPURCHASE REQ. NO. 15.1' ROJECT NO./lfapplkahk)

RJ0002 17-Dec-2012 SEE SCH EOULE

G.ISSUED BY CODE HQ0034 7. ADMINISTI!RED BY tlfotherthan it~nt6J CODE I WI-IS· ACQUISITION DIRECTORATE

See Item 6 11550EFENSE PENTAGON WASHINGTON DC 20301· 1155

8. NAME AND ADDRESS OF CONTRACT OR (No .. ~'trcct. County. State and Zip Code} 9A. A~\'IENDMENT OF SOLICITATION NO.

l{i~==:lcFLOOR 9B. DATED (SEE ITEM Ill BETHESDA MD 20817· 11 24

X lOA. MOD. OF CONTRACT /ORDER NO. H00034·12·F·0113

lOB. DATED (SEE ITEM 13)

CODE 3BDL8 I!<M TI JTY ('{)J)F X 07-May-2012

ll . TI-llS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

O·n~e above numbered solicitatiOn is anl:!llded as set funh in lletn l4. 11\(~ hour attd dnt~ ,,pectfied ~r t'l':('eipt of Offer 0 is e>tentled, D 18 not extended.

Offer trust acknowledge receipt ofthis atnem1ment p1ior to the hour and date specified in the solidtation or as amended hy one oft he i:lllowing methods: ta) By conpletin~ !ten-.. 8 and lS.and returning ___ copies of the aorendmenl: !b) By acknowledging recetpl oft hi> rurendtrent on each copy oftheo&r submitted: or (c) l:ly 'epar:tlt lett or ur telq_uam which includes arctereuce to the 'olicitation and aon:ndnrnt nunilers . I' AlLURE 01' YOUR ACKNOWLEOGMENTTO BE RECEIVED AT TilE PLACE DESIGN A TED FOR TilE RECEIPT OF OFFERS PRIOR TO TilE HOLIR AND DA 1E SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. lfby v inu~ of this anl:!ndn-ent you ucsire to change an oi!Cralrcady submitted. sut:h chauge nlly be nYtde by telegram or letter. provided e~ch telegram or tette.r nttkes rdkrencc to the !Snlicllati c)n and thi s am:ndnt!nl . :md is received prior hl th.: opt·ning hour and date spcc:itlcd.

12. ACCOUNTING AND APPROPRIATION DATA (If re<juired)

13. TffiSfTEM APPL!ESONLYTO MODTfoiCATIONSOfCONTRACU;tORDERS. IT MODIFIESTHE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSU.<\NT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM I 4 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM .lOA

B. THE ABOVE NillvfBERED CONTRACT /ORDER IS MODIFIED TO REFLECI' THE ADMlN!SfRATIVE CHANGES (such as changes in paying office, appropriation date. etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43 . 103(B).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: 52.243-4 Changes Clause

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor D is not, 0 is required to si,gn this document and retW'n 1 copies to the issuing office. ---

14. DESCRI.PTION OF AMENDMENT/MODIFICATION (Organized by UCF section hea,Jings. including solicitationfcontract subje.;t matter where fea~ible. l Modification Control Number: orourked13375

No cost n~ Extension

8xcep1 as provided herein. all lcntfi and c()mliLi(HlS v fthc-docun"l:.nt referenced in ltem9A lH LOA . as hCrcto lh rc ch~1ngcd. rcmi.tiltS unchanged :mt1 in full tbrcc and clkc l.

l5A. NAME AND TfrLE OF SIGNE R (Type or print) l 6A. NAME AND TITLE OF CO!'>iTRAC.'TING OFFICER (Type or print) JAMES JOHNSON I BRANCH CHIEF

TEL: 703·545-0693 EMAIL: [email protected]

158. CONTRACTOR/OFFEROR I 5C. DATE SIGNED I 68. UNITED Sf ATES OF AMERICA l6C. DATE SIGNED .;b-~ ~ -:? BY - _:;;?~...c~ ~.;~---~'"L

17-Dec-2012 (Signature of person authorized to sign) (Signature of Contracting Offil~erl

- . ' EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30-105-04 ~T ANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

I

I

I

I

SECTION SF 30 BLOCK l4 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 30- BLOCK 14 CONTINUATION PAGE

The following have been modified: POINTS OF CONTACT

Contractor

Customer/W A WF Insoect/ Accept (b)(6)

Contract Specialist (b)(6)

Contracting Officer

DFAS Customer Service Vendor Pay 1-888-332-7366 (Option 2)

SECTION SF 1449- CONTINUATION SHEET

DELIVERIES AND PERFORMAN'CE

The following Delivery Schedule item for CLIN 000 I has been changed from:

To:

DELIVERY DATE

POP 14-MAY-20 12TO 13-FEB-2013

QUANTITY

N/A

SHIP TO ADDRESS

OSDC!O

POB: Destinatiou

HQ0034-12-F-0113 P00002

Page 2 of 3

UIC

HQ0002

OEUVE'RY DATE QUANTITY SHIP TO ADDRESS

POP 14-MA Y -2012 TO N/A OSDCJO 31-MAR-2013

FOB: Destination

The following Delivery Schedule item for CLIN 0002 has been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS

POP06-AUG-2012 TO N/A OSDCIO 13-FEB-2013 r·~~· ~

FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS

POP 06-AUG-20 12 TO N/A OSDCIO 31-MAR-20 13 r·~~· ~

FOB: Destination

(End of Summary of Changes)

HQ0034-12-F-Oll3 P00002

Page 3 of 3

VIC

HQ0002

UIC

HQ0002

UIC

HQ0002

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I' CON11V.~IO CODE I PAGE OF PAGES

1 1 s 2 AMENOMEN'T7MODIF1CA llON NO l EFFECTIVE OAT£ ~ REQUISmON PURCIIASE REQ NO I S PROJECT NO (lhpphc"ble)

P00003 11-Feb-2013 . SEE SCHEDUI.E

6, ISSUED I:IY CODE HQ0034 7. ADMINISTER.I!D DY (I( other than uen>6) CODE L W-15 • .6CQ\JlSITION DIRECTORATE

See Item 6 1155 DEFENSE I'ENT AGON v.IASHINGTON OC 20301· 1155

8. NAME AND ADDRESS OF CONTRACTOR (No., Slreet, ColD1ty, State and Ztp Code) 9A. AMENDMENT OF SOLICIT AT ION NO DIGITALM=: ·~idt:K H FLOOR 9B. DATED(SEE ITEM II) BETHESDA MD D17-112A

X lOA. MOD OF CONTRACT/ORDER NO 1-00034-12-F-0113

lOB. DATED (SEE ITEM 13)

CODE 3Btx.8 IFACILITY CODE X 07-May-2012

I I. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

On•e above nurnbered solicitation ,. arrrndtd :u ,., .li>nl) in Item 14 The hour ond dote specofird i>r roterpl of Oil« 0 ismended, 0 ,. notclCltnded

Oli>r mat acknowledge rtctrpt ofthrs arrrndrrrnt pnor Ia tile hourtnd dtt< spec1 ficd on the solocotatlon or u trrrnded by one oft he rollowsng trdhods (a) By corrpltllnl!lton-e 8 end I S.and returning copies ofrh<11!10ndnrnt, (b) By ocknowledymy rocerpt ofthos anrndn'ent on tach copy oflhe ali< submuod or(c) By seponlelelltt or tehgramwhrch indud~nce 10 the soli<Jtotoon and amendnrnt nu~s FAILURE OF VOUR ACKNO\\'LEDG~IENT TO BE RECEIVED 1\TTliEPLACE DESIGNAT£D FOR lHE RECEIPTOFOFFER.SPRJOR TOlHE HOU R AND OAT£ SP ECIFIED MA \'RESULT IN

R.EJECTIOl'l OF YOUR OFFER lfby vonue ofth1s anrndnoo:nt >au des ore to <hllflg< en ol!tr alr<*iy submn•d. such chon a< nay bt nndc by ttlot~"""orltll«. prov•dtd nch tdcar..,or lrtttrrmkcs rei:rooce to the solmt•uon .,d thos omendJIClt,ond u rtetovod pnor co thtopenona hour •nd ®I• spocc&ed

12. ACCOUNTING AND APPROPRIATION DATA (If requ1red)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS'ORDERS IT MODIFIES THE CONTRACT/ORDER NO ASDEOCRIBED IN ITEM 14

A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify aulhotity) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN TliE CONTRACT ORDER NO IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT /ORDER IS MODIFIED TO REFLECT THE ADMINISfRA TIVE CHANGES (such as changes m paymg office, appropriation date, etc ) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43 103(8)

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF 52.243-4 Olanges Oause D. OTHER (Spec1f)' type of modcf~tion and authority)

E IMPORTANT · Contractor 0 is not, 0 is required to si!l11 th cs d:Jc\Mlent and return copies to the ts5Uing office.

14. DESCRIPTION OF AMENDMENT /MODIFICATION (Organtl:ed by UCF seCiton headings, cnch~ing solicitation/contract subject maller \\here feasible ) Modification Control Numbt:r: orourked13706

Oarify FWS

E1«opr u provodod hot eon, all tenm ond condttoans oftht docurrrntrell:rtnced on ltem9A or lOA, as hortloiloe<hangcd. rr:muns unchanged and on Iiili i>rcc and elict.

!SA. NAME AND TITLE OF S!GNER(Type or prml) 16A NAME AND TITLE OF CONTRACTINGOFFICER(Type or print) (b)(6) I JQ H N SQ N lllgltally signed by JOHNSONJAMES.£

• l.103744S02S TEl: 111.11..u:c r: ~S.a.<U.S. Governmcnt.

158. CONTRACTOfl· l b)(G) ISC DATE SIGIED 168 UNt'tttl ~X'r'ES OF AMERI 'Aou~OoD.oo•PKI,ou·W~. ~~ DATE SIGN"ED

L '- cn•JOHNSONJAMES.E L 10J7

08 February 2013 BY l. 1037445025 Date:l01l.OL1109.S7-.l0-o.5 \)'

(Signature of person au.•ortzeu to stgn1 (Si!l1lature or Contracting Officer) . EXCEPTION TO Sl· 30 APPROVED BY OIRM 11-84

30-105-04 STANDARD FORM 30 (Rev. 10-83) P rescrcbed by GSA FAR (48 CFR) 53 243

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I I. CONlRA~flO CODE I P~GE~F PA:ES

2. AMENDMENT/MODrFJCATION NO. 3. EFFECTIVE DATE 4. REQUISITION/P URCHASE REQ. NO, 1 5. l>ROJECTN0.(1fappllcablc)

Rl0003 11-Feb-2013 SEE SCHEDULE

6. 1SSUEDBY CODE ro:l034 7, ADMJNISTERED BY (lfotbertbao item6J <.'ODE I WI-IS· ACQUISITION DIRECTORATE See Item 6 1156 DEFENSE PENTAGON WASHINGTON DC 20301·1155

8. NAME AND ADDRES.'>OFCONTRACrOR (No . . Slreet. Courll y. Slate and Zip Code) 9A. AMENDl'vffiNT OF SOLICITATION NO.

1Eti~F1~:::xc 65~ R K N: H FLOOR 98. DATED (SEE ITEM ll) BETHESDA MD 20017·1124

X lOA. MOD. OFillNTR-\Cf/ORDERNO. ro:l034-12-F-01 13

JOB. DATED (SEE fTEM 13)

CODE 3BDL8 I FACILITY CODE X 07-IVlay-2012

II, T HIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICIT AT IONS

OThe above nunnered solicitation is anl.lnded as selli:nth in ltcm14. The hour and date <pe.:ified tor receipt ofOfter D is extended. 0 is not cxlcntled.

O~r nu!o:l ac:k nttw Jalgc ret:cipt uflhi s artl;'ndrrcnt prior tn the huur and date s pccith:d i o the ~uiici c-ation tlr as am:ndcc.J by unc uflhc li\llnwl ng l'lYthuds:

(aJ By COftl>leting Item; 8 and 15. ~nd retuming copies <lfthealllendtrent; lbJ By acknowledging receipt oftbis amendmmt on each copy oft he t•IK-rsubtriued; oric) Dy sep:u·me lcu~l' or telegram which includes a t'Ci-rencc to the solicitation and an.,lllllrent nuni>ers. FAILURE 01' YOUR ACKNOWLEDGMENT TO BE. RECEIVED ATTHE PLACE DESIGN A TED FOR THE RECE.IPTOF OFFERS PRIOR1D lliE llOUR AND DA1E SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. lfby vinueofthis a<n!ndmem ynu desire to change an olli!r alre.1<ly subniued. s11ch change llllY be nll<le by tekgramor leuer. provided c~tch tdcgr::unor letter n(t.kcs reft:.rencc to the s otic.:itation and this ammtincnt. ant.l is CX:(•.;:i vcd prior to the opening hour and date spcdtk't.l.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM APPLIES ONLY TO MODfFICAT IONSOF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO, AS DE~RIBED IN ITEM 14.

A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTHJN ITEM 14 ARE MADE IN THE CONTRACf ORDER NO. IN .ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED T O REFLECr THE ADMINI~TRATI\'E CHANGES(such as changes in paying office. appropriation date. etc.) SET FORTH IN IT EM 14, PURSUANT TO THE AUT HORITY OF FAR 43. 1 03(13).

X C. HilS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: 52.243-4 Changes Oause

D. OTHER (Specify t ype of modification and authority)

E. IMPORTAI\lT : Contractor D is not. 0 is required to sign this document and return copies to the i&~uing office.

14. DE9:RIPTION OF AMENDMENT/MODIFIC.-\TION (Organized by UCF section headings, including solicitation/contract su~jec.t ma1ter \\bere feasible.) Modification Control Numher: orourked13706

Oarify PWS

Except '"provided herein , all tent'S and coodnions ofthc docul\1)1\\ referenced in ltem9A 0 1 I OA. as ltcretolbre changtxl , retmins unchanged and in full t01ce and elrett.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A NAME AND TITLE OFCONTRACT INGOFFICER (Type o r prim) JAMES JOHNSON I BRANCH CHIEF

TEL: 703·545-0693 EMAIL: janes.johnsc:[email protected]

158. CONTRACfORIOFFEROR !5C. DATESI:GNED !6B. UNITED Sf ATES OF AMERICA I 6C. DATE SIG!\'ED ~-;p ~~ h:~~~ ... ..-:-:~ ::,::, ~~-~~-

BY ~ < - 11-Feb-2013 I Signature of person authorized to sign I (Signature of Contracting Officer)

' - . , I:-.XCEPTION TO SF 30 APPROVED BY OIRM 11-84

30-105-04 ~TANDARD FORM 30 {Rev. l0-8;1) Prescribed by GSA FAR (48 CFR) 53.2-43

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTJON SF 1449- CONTINUATION SHEET

The following have been modified: PWS

l. GENERALINFORMATION:

HQ0034-12-F-0113 P00003

Page 2 of9

Rev. A- 8 Feb 2013

Washington Headquarters Services (WHS) is a Department of Defense (DoD) field activity that provides administrative and operational support to a number of DoD activities in the National Capital Region (NCR). WHS Enterprise Information Technology Services Directorate (EITSD) resulted from the 2011 merger of WHS's Information Technology Management Directorate (ITMD) and the Office of the Secretary of Defense (OSD) Chief Information Officer (CIO) organization.

The overall outcome of this task order is to deploy/install the enterprise standard system image to EITSD supported Non-classitled IP Router Network (NIPRNet) end users for OSD, WHS, WHS Supported Organizations (WSO), and Pentagon Force Protection Agency (PFPA).

The desired end state includes: all systems connected to the EITSD NIPRNet will be 3 years or newer and every system connected to the EITSD supported NIPRNet will use the enterprise standard computer image. The contractor shall image workstations, perform User State Migration. and deploy approximately 13,000 computers. The contractor shall image and deliver an additional 1800 computers to specified locations within the NCR. EITSD has already conducted technical. beta nnd customer pilots to validate the drafted Windows 7 deployment processes and checklists for OSD which will be provided to the vendor. The vendor will assist with the pilot deployments for WHS and PFPA.

2. SCOPE:

The contractor shall provide the following types of Lifecycle Refresh services:

• Project Management • Physical delivery and deployment of new desktops and laptops to end users • Physical removal of older desktops and laptops to a central place for reimaging or disposal • Imaging and delivery of desktops ami laptops (may re image usable desktops/laptops) to certain locations

within NCR to support components conducting their own deployments. • lmaging, performing User State Migration and deployment and set-up of desktops and laptops Update

Remedy Asset Management and Configuration Management records • End-user training (classroom, desk side for Executives, and printed materials)

3. GENERAL CONTRACTOR RESPONSIBILITIES:

3.1 The contractor shall, as an independent contractor, and not as an agent of the Government, furnish all management and labor necessary to perform the requirements in this performance work statement unless otherwise provided the Government. Exnmples of Government furnished equipment include workstations and enterprise software tools (e.g., Remedy. The contractor shall obtain Government approval prior to contractor use of contractor provided hardware and software in the performance of this work. Hardware, Commercial Off-the-Shelf (COTS) software, custom-developed software, and data provided during the execution of this contract shall become property of the Government at the end of the task order.

3.2 The contractor shall utilize commercial best business practices such as:

• Body of Knowledge (PMBOK) guide

• Technology Infrastructure Library (!TIL) version 3 (ITIL v3)

• Model Integration (CMMI)

HQ0034-12-F-0113 P00003

Page 3 of9

Project Management

The Information

Capability Maturity

3.3 The contractor shall use Government provided tools to accurately document, administer, and maintain data and configuration. Government provided tools include but are not limited to the following: (1) BMC Remedy for ticket tracking and routing, configuration managemem database (CMDB), and asset management; and (2) the enterprise portal, using Microsoft SharePoint, as a knowledge management. repository including project plan, schedule, and standard operating procedure (SOP) library.

3.4 The contractor shall provide on-site management staff with full company authority to oversee the assigned resources and enable rapid re-solution of day-to-day servi.ce delivery issues. The Project Manager (PM) provides project personnel with guidance on all arens of the engagement and is the primnry customer contact for all major support issues through the length of the project.

3.5 The contractor's PM sbaU manage aU issues between the contractor and EITSD.

3.6 The contractor shall participate io authoriz.ed on-site meetings; and prepare and present written and oral briefings on progress of work, as requested hy the Government.

?..7 The contractor shall adhere to the Government's personnel "in and out" processing procedures.

3.8 The contractor shall review the Government provided draft Deployment plan and draft deployment schedule and provide proposed revisions back to the Government within 10 calendar days after contract award. Upon Government approval, the contractor shall implement plaus and procedures, and address discrepancies through the contractor's Quality Control Management procedures.

3.9 Information Assurance Training Requirements: Contractor personnel assigned to perform lA functions and responsibilities shall comply with DoD Directive 8570.1 "Information Assurance Training, Certification, and Workforce Manngement" nnd it's implementing Manunl, DOD 8570.1-M. The Contracting Officer, in conjunction with the Contracting Officer' s Representative (COR) will ensure that Contractor personnel nre appropriately certified and provide verification to the Defense Eligibility Enrollment System (DEERs).

HQ0034-12-F-0113 P00003

Page 4 of9

4. REQUIREMENTS IT ASKS:

The intent is to deploy the enterprise standard system image to all EITSD-supported NIPRNet end users using a combination of new systems and systems identified for reuse. The deployment will be based on geographic locations around the National Capital Region. The deployment should be completed for an office space within one office space visit when possible.

The contractor shaH:

4.1 Provide Desktop/Notebook Installation services to include but not limited to:

a.

b.

Perfom1 customer surveys 3 weeks before user deployment is scheduled to obtain information about the user desktOp/laptop.

Image workstations and perform user state migration for all customer laptops and desktops.

c. Inspect all laptops, desktops, monitors, and other items to be transferred to ensure that the components are free of any damage prior to receipt.

d. Deploy and set-up desktop to the user location.

e. Follow deployment checklists to set-up user (this includes ensuring the user has their user profiles, printers are mapped, PST files are available and all user specific software is installed if not available as a virtualized application).

f. Resolve and track all issues until completion. g. On site disposal of

h.

i.

j.

deployment related trash to in the immediate installation premises & properly clean the installation area.

Pick-up old workstations from user location when feaible, up to two (2) weeks.

Update user information in Remedy.

Provide any lessons learned and update checklists accordingly lo improve the process

4.2 Provide and deliver imageJ desktops/laptops services; which include but are not limited to:

a. Image desktops/Laptops for components conducting their own deployments.

b. Deliver desktops/Laptops to specified locations within the NCR.

c. Pick-up desktops/Laptops from specified locations within the NCR and deliver to warehouse.

4.3 Provide Help Desk Support for Windows 7 Deployment issues; which include but are not limited to:

a. Provide help desk support for all issues related to Windows 7 deployment.

b. Utilize Remedy to track and update issue resolution.

4.4 Provide day after deployment support

a.

b. c.

ground support the day after to users at the location.

survey.

HQ0034-12-F-Oll3 P00003

Page 5 of9

Provide boots on the

Resolve user issues. Complete user quality

4.5 Provide support the WHS and PFPA Pilot deployment

a. Assist in development/verification of the checklists for the WHS/PFP A deployments.

b. Support the PFPA and WHS beta and customer pilot deployment.

4.6 Provide Customer Satisfaction which includes but not limited to:

a. Interactive Customer Evaluations.

b. Weekly Schedule updates and progress.

4.6 Provide Asset Management and Transportation Services which includes but is not limited to :

a. Provide vehicles and personnel for equipment delivery and pick-up.

b. Provide Schedule, Pickup and Delivery equipment to various locations.

c. Labeling and hand receipt/transfer receipt management.

d. Pick-up old workstations from user location when feaible, up to two (2) weeks.

4.7 Provide End User Training Services which includes but not limited to:

a. Provide desk side training during deployment to executives as required. w'hich will include basic system and software functionality.

b. Provide classroom training on new software to be delivered to the end user (Windows ?and Office 2010).

c. Provide printed training materials for end user education on their new subsystem and updated image.

J. Provide a training schedule for all training to he offered during the period of performance.

4.8 Provide Service Desk Traiuing which includes but not limited to:

a. Provide classroom based training to Service Desk Members in the use of Windows 7 and Office 2010 as well as the support and troubleshooting practices for those technologies.

b. Training should occur 2 weeks before the first deployments to allow for Service Desk Support of the new image and software.

c. The training should be offered up to 2 weeks after the final deployments. d. Provide web-based

training (IE 8 compatible) on new software to be delivered to the Service Desk Member (Windows 7 and Office 2010).

e. schedule for all training to be offered during the period of perfonnance.

HQ0034-l2-F-Ol t3 P00003

Page 6 of9

Provide training

5. ADMINISTRATIVE REQUIREMENTS:

HQ0034-12-F-0113 P00003

Page 7 of9

5.1 Security: All personnel assigned to this contract shall at a minimum have an active DOD security clearance (SECRET). In addition, DOD Instruction 8500.2. Information Assurance (lA) Implementation. requires ce.rtain investigative levels for contractors working on DoD Information Systems while a minimum of 2 personnel/individuals will have an active Top Secret (TS/SCI) security clearance .

5.2 Technical Data and Software Licenses: At the discretion and approval of the Government, applicable and relevant technical data and software licensing currently in existence will be provided to tbe contractor during initial transition.

5.3 Place of Performance: The primary place of performance will be at the Pentagon and other Government facilities within the NCR. Primary locations include Pentagon, Mark Center, Crystal City, Rosslyn, Suffolk Building in Arlington, VA, and the consolidated warehouse in Alexandria, VA.

5.4 Hours of Operation/Performance: Normal Working Hours (NWHs) are 6:00am to 6:00pm on weekdays. Extended Working Hours (EWHs) are 6:00pm to 8:00am weekdays and include all day on weekends and Federal holidays.

5.5 Applicable Documents:

The contractor shall ensure continuing adherence to generally accepted Government information technology policies and guidance applicable to the task order. This includes, but is not limited to, public laws, executive orders, directives, regulations, manuals, standards, memorandums, and instructions. The contractor shall comply with the appropriate DoD-approved programs, standards, and guidelines.

• DoD Issuances including directives, instructions publications, and memorandums are listed at http://www .dtic.mil/whs/directi ves/.

• DoD lA policies. procedures, directives, instructions, and manuals are listed at http://iase.disa.mil/pohcy-guidance/index.htmL

• United States Cyber Command (USCC) orders. directives, and IA vulnerability alerts are listed at https://www.jtfgno.mil

• DoD Instruction 5000.64. Accountability and Management of DoD-Owned Equipment and Other Accountable Property.

• ADM 002502-11 Implementation of Basic InputJOutput System (BIOS) Protection Guidelines and the referenced Nationall.nstitutes of Standards publication NIST 800-147 (April 2011) BIOS Protection Guidelines http://csrc.nist.gov/publications/PubsSPs.html

6. PERFORMANCE METRICS:

Table 61 . Performance

Requirement Description Performance Standard Objectives

Enterprise Standard Percentage of enterprise standard imaged At least 98% by the end of the

Images Deployed deployed compared to a validated list of period of performance

PWS 4.2 and 4.2 systems provided by the Government Customer Satisfaction Percentage of customer responses to an At least 4 out of 5 on a Likert PWS 4.6 automated satisfaction survey (aka Interactive scale by the end of the period of

Customer Evaluations) that score 4 or better based on a typical five-level Likert scale

Emerprise Standard Percentage of enterprise standard imaged

Images Deployed deployed compared to a validated l.ist of

(Halfway) systems provided by the Government

PWS 4.1 and 4.2 Percentage of customer responses to an

performance

HQ0034-12-F-0113 P00003

Page 8 of9

50% or more at 4 months after award

Customer Satisfaction automated satisfaction survey (aka Inte.ractive At least 3.75 out of 5 on a Likert PWS 4.6 Customer Evaluations) that score 4 or better scale by 6 months after award

based on a typical t1ve-level Likert scale

Note: Contractor Performance Evaluation: The Contractor's performance will be reported in the Contractor Perfonnance Assessment Reporting System (CPARS) and the assessments will be reflected in the Pa:;t Perfonnance Information Retrieval (PPIRS) Datahase.

7. REPORTS AND DELIVERABLES

The contractor shall provide the following management reports and deliverables:

Table7.1

Deliverable Description Schedule Format

• Deployment plan

• Communications and their ReviseJ Deployment Plan timing

10 days after award Mutually Agreed PWS 3.8 • Any technologies used

• Deployment process

• Deployment Checklists Weekly Status Reports Weekly updates reporting on

Weekly Mutually Agreed PWS 3.6 schedule updates and progress

Details of training content and Training Schedule PWS schedule for delivery to include

IOdays after award Mutually Agreed 3.7 places for delivery within Mark

Center, Pentagon. and Crystal City Master Deployment Schedule Detailed schedule to meet the Final requirements of this performance I 0 days after award Mutually Agre~J PWS 3.8 work statement (PWS)

Conduct customer surveys to identify local peripherals,

15 days prior to Customer Surveys applications used, user profile, and

scheduled Mutually Agreed PWS 4.1 file shares, for each user to be

deployed a new desktop/laptop (See deployment

draft deployment plan) Remedy Configuration Updates to Remedy documeming the Management Database asset assignment to user and ensuring No longer than 5 (CMDB) and Remedy Asset user information in Remedy is days after Mutually Agreed Management Record Updates accurate for each a new installation PWS 4.1 desktop/laptop had been deployed to.

Report of trouble calls reported after

Lessons Leamed the deployment, consolidated

PWS4.1 customer evaluation responses. and Weekly Mutually Agreed suggestions for improving the deployment processes

(End of Summary of Changes)

HQ0034-12-F-0113 P00003

Page 9 of9

RFP 12EN220-032- Lifecycle Refresh-WorkStation InstalJation Services

26 April 2012

The Washington Headquarters Services. Acquisition Directorate intends to award a single firm fixed price contract for Workstation Installation services utilizing the 8(a) Streamlined Technology Application Resource for Services (STARS) II Governmentwide Acquisition Contract (GW AC). The proposed award will be accordance with Section 8(a) of the Small Business Act and FAR 19.8, and awarded on a sole source basis. The North American Industry Classification System (NAICS) code associated with this requirement is 541512- Computer Systems Design Services.

I. Description of Services:

The scope of this work is to deploy/install the enterprise standard system image to Enterprise Infom1ation Technology Services Directorate (EITSD) supp01ted Non-classified lP Router Network (NIPRNet) end users for Office of the Secretary of Defense (OSD), Washington Headquarters Services (WHS), WHS Supported Organizations (WSO), and Pentagon Force Protection Age.ncy (PFP A). Further detailed the attached Performance Work Statement.

2. Solicitation Information

a. Proposal is due date/local time: Wednesday, 02 MAY 2012 at 2:00PM Eastern Time. b. Proposal should indicate "RFP 12EN220-032- Lifecycle Refre.sh-WorkStation Installation Services"

in the subject line of the email.

3. The Basis of the award

a. The majority of the requested services must be currently available via General Services Agency (GSA) Schedule (GS-06F-067Z.

b. Offeror does not take exception to any of the terms and conditions in the Performance Work Statement.

c. Offer's proposal is determined to be Technically Acceptable. d. Offeror's price is determined to be fair and reasonable.

4. Additional clauses shall apply to this acquisition:

DF ARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004(Alt A) Required Central Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions, DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, DF ARS 252.232-7003 Electronic Submission of Payment Requests, DF ARS 252.247-7023 (Ait III) Transportation of Supplies by Sea.

5. Contractor Team Arrangements (CTA ):

APR 1992 SEP 2007 NOV 2010 JAN 2009 APR 2003 MAR 2008 MAY 2002

If GSA CTA are utilized, a copy of the CT A document shall be submitted with the quote. For information, regarding CTAs refer to: http://www.gsa.gov.

6. If you have any questions, please call me at._l(b-)(_6_> __ ___.lor email me a~ ... (b_)_(G_) ____ _.

RFP 12EN220-032- Lifccyde Refresh- WorkStatic•n Installation Services [T.:sk I]

PERFORMANCE-BASED WORKSTATMENT Wttshington Headquarkrs Service (WHS)

Er,terprisc lnform<.~tion Tt:dmulogy St:rvict's Directorate (ElTSD) Lifccydc Refrcs~-WorkSiation lnstallatlon Scrvict:s

I. nEr-ERAL INFORJ\lATIOr-:

Was.hinglon Headquarter.., S'i.'rVi\:C\ (WHS) i~ a D'i.'pM:ment nf [},:f1.'n-;c (DuD) fidJ <K'tivity !hal proviJt.':'l ddministr.:nivc and op..:r.tlitJ!liil ,.,up port to ;l number pf DoD <Ktiviti,.;,.; in the Na:ion;t\ Capital Rt.·gion (NCR). WHS En1crp1i\<: tnformation T!.:chnology St:rvices Dire~.:tonttc (ElTSD) n:sul!ct.: from the 20!1 mcrgcrofWHS':-, tntOrmation Tcchnulogy M<~nagcmo..:rlf Din:c:nrat<.' (lTMD) Hnti the Office or the Secre:;_try of Defense (OSD) Chic! lnimmatinr. Olfi..:cr (C!O) organu:a!ion.

The u'n:ntll ouh.:ume of I his ta~k urJc1 i~ :.t.J Jcploy/inl'>!.<11l th:.;- >.:nH.:rpri""" st;ll'!tiarti ~ystem image to EITSD .;upporteJ Nnn-dnssifit.:ti IP Router Nctwork (NlPRNcl) l'lliJ user~ fm OSD. WHS. WHS SupporteD O!g.<~r.itathms (WSO), aml Pent<1gon Fon.:c Prot.:..:!ion Agcm:y (PFPA).

The JcsireJ end ;,late im:ludc~: .all sy;-,!em~ conmx:!cd to :h<: EITSD N"lPRNct will h~.· 3 year:. or ncw .. ·r :1m..l every sysTem conr.c..::cd :o the E!TSD ;..upported NIPRNet will u-.;c the cmcrpri:-.c :-tandard cnmpukt image. The Lunm:Ktor shall imugc worb-lalinns, p<rfPnn User State Migration, <JnJ deploy approxil)1atdy 13,000 \.'Ompulcrs. The t.'l)ntractm :-.hall image anJ Jcl!ver an additional U-lilO computcrs !o sp<.:cificd hKalion;; within lhc t'-.CR ElTSD ha'> <J1r..:aJJy nmdu..:ted tcchnicuL h,:ta and cu<;toml.'r pilot.' to validate tlw Jraltctl \Vi r.dow' 7 d.:ploymcnl pro<:eS">CS and <.:heck 1 ists for OSD wllk:h will l~ provided w ;he vendor. Tht: n:ndor will ass hi with the pilot dcploymt:r.ts !m WHS. and PFP.-\,

The t.1mtra-.:tor shall provid\' the following types of Lifccydc Refresh :-;crvicc'\:

• Pm.iCt.'t Manag..:mo.:n! • Physkal delivery and d..:ploymcnl of new de:-.ktops and laptop-s In ~;nJ U'il'f!> • Physical rcnh.wal of o!der de~kwp,; (lr.d !a plops ln n t:cr.lral pi:J,._-~ for rein\aging or di,<:J)IlStd • !magmg anJ Jdivery or desktops ;tntllaptops (m;1y reimage usable dc,klop;;ilaptop,sJ to ccnair.

lo..:.\ltions within NCR to supp;:1rt componer:ls omdu~.:Ling lhdr own Jeple>yments. • lmag:ing, fWri'orming lher Sidle Migration <1nd dep!nym~nt and "el·Up nf tksk:t>ps and laptops

Update Rcm..:dy Asset Man:1gcm;;nt and C.onfigun1h0n Man:lg>.'mt'nt records • Enti-w.;er training { cht-~;-,mom, J1.·sk side lm Ex..:cutivc:-,, and print..:d m<~leri<tl")

RFP 12EN220~032- Lifecycle Refresh-WorkStation lnsti.lllation Services [Task I]

3. GENERAL CONTRACTOR RESI'ONSIBILITIES'

3.1 The contractor shall, as an irH.Iependent contractor. and not as an agent of the Government, furni~h all managem<..:nt amllahnr necessary to perfonn the requirements in this performance work statement unless otherwi.'>e provid<..:d the Government. Examples of Government lurnish<..:d equipment include workstation.'> and enterprise software tools (e.g. Remedy. The contractor shall obtain Government approval prior to contractor use of contractor provided hardware and ~o!'tware in the performanc<..: of thi.'> work. Hardware. Commercial Off-the-Shelf (COTS) .'>oftware. t:ustom-dcveloped software. and data provided during the execution of this contract shall h<..:come pmperty of the Government at the end of the task order.

3.2 The contractor shall utilize commercial best business practices such as:

• Project Management Body of Knowledge (PMBOK) guide

• The Information Tedmology Infrastructure Lihrary (!TIL) version 3 (ITIL v3) • Capahility Maturity Model Integral ton (CMMI)

3.3 The contractor shalltJ.'><..: Government provided tools to accurately document, admmister, and maintain data and configuration. Government provided tools include hut are not limikd to th<..: following: (I) 13MC R<..:mcdy for ticket tracking and routing, configuration management datahase (CMDB). and asset management: and (2) the enterprise portal. using Micro~oft SharePoint, a~ a knowledge management repository including prnject plan, schedule, and standard operating prm:<..:Jun: (SOP) lihrary.

3.4 The contractor shall provide on-.'>ite management staff with full company authurity tu oversee the assigned resnurces and enable rapid n:~olution of day-to-day service delivery issue~. The Project Manager (PM) provide~ proJect personnel with guidance on all areas of the engagement and is the primary customer contact for all major support r~sues through the length of the project.

3.5 The eontrflctor's PM shall manage fill issue.., between the contractor ami EITSD.

3.6 The contractor shall participate in authorized on-site meetings; and prepare and present written and nral briefing~ on progrc~s of work, as requested hy the Government.

3.7 The contrac!or shall adhere to the Government's personnel "'in and out" processing procedures.

3.H The contractm shall review the Government provided draft Deployment plan and drat! deployment ~chedule and provide proposed revi~inn.., back to the Government within lO calendar day~ ai!er contract award. Upon Government approval, the contractor shall implement plans and proceJure~. and address di~crepancies through the cnntractor's Quality Contrul Management procedures.

3.Y Information Assurance Training Requirements: Contractor pcr~onnel assigned to perform IA funetions and responsibilities shflll comply \\·ith DoD Directive 8570.1 "Information Assurance Training, Certification, and Workforce Management" and it's implementing \tlmwaL DOD 8570. 1-M. The Contracting Officer, in conjunction with the Contmeting Officer's Representative (COR) will ensure that Contractor personnel arc apprupriately certrried and provide vcrilicatron to the Defense Eligibility Enrollment System (DEERs).

2

RFP 12EN220-032- Lifecyclc Refresh-WorkStation Installation Services [Task I]

4. REQUIREMENTS I TASKS:

The intent is to deploy the enterprise standard system image to all EJTSD-suppnrted NIPR.Net end users using a t:ombination of new systems and systems identified fur reuse. The deployment wi II he based on geographic locations around the National Capital Region. The deployment should he completed for an office space within one offlcc space visit when possible.

The cnntractnr shall:

4.1 Providt: Desktop/Notebook Installation service.., tn include hut not limited to:

a. Perform customer surveys 3 weeks hcfnre user deployment is scheduled to obtain informatinn about the user desktop/laptop.

b. Image worbtations and perform u:-.cr :-.tate migration for all customer laptops and desktops.

c. Inspect all laptops, desktop:-., monitors. and other items to he transferred to ensure that the component:-. are free of any damage priur to rcccipi.

d. Deploy and set-up desktop to the user location. c. Follow deployment checklists to set-up u:-.er (this includes ensuring the user has their user

profiles. printers arc mapped, PST files an: available and all user specifk software is installed if not available as a virtuali~:ed applil'ation).

f. Resolve :md lnd ull ;""" unld complcl;on. g. On site disposal of deployment rdateJ trash to in the immediate installation premises &

properly clean the installation area. h. Pick-up old workstations from U'>er location after twn weeks. 1. Update user information in Remedy. J. Provide any lcs:-.otl'> learned and update checklists accordingly to improve the process

4.2 Provide and deliver imaged desktop . ..,/laptop:-. services: which indude hut is not limited to:

a. Image desktops/Laptops for components conducting their own deployment'>. h. Deliver desktop . ..,/Laptops to .'>pecificd locations within the NCR. c. Pick-up desktops/Laptops from specified locations within the NCR and deliver to

warehouse.

4.3 Provide Help De.'>k Support for Window:-. 7 Deployment issues; which include hut is not limited to:

a. Provide help desk support for all issues related to Windows 7 deployment. h. Utilile Remedy to track and updato.:: i:-.sue resolution.

4.4 Provide day after deployment .wpport

a. Provide hoots on the ground support the day after to users at the location. b. Resolve user issue:-.. c Complete user quality survey.

4.5 Provide support the WHS and PFPA Pilot deployment

a. Ass1st in devclopment/verilkation of the checklists for the WHS/PFPi\ deployment:-.. h. Support the PFPA and WHS hcta and customer pilot deployment.

1

RFP 12EN220-032- Lifecycle Refresh- WorkStation Installation Services [Task I]

4.1l Provide Cu~tomer Satisfaction which includes hut not limited to:

a. lnt.:ractive Cu~tomer Evaluations. h. Weekly Schedule update.'> and progre'>'>.

4.6 Pro\'Jde Asset Management and Transportation Services whid1 include'> but is not limited to:

a. Provide vehicle.'> and personnel for equipment delivery and pick-up. h. Provide Schedule. Pickup and Delivery equipmcnt to various locations. c. Ltbeling and hand receipt/tran . ..,rer receipt management.

4.7 Provide End User Training Service.'> which include~ hut not limited to:

a. Provide desk side training during deployment to executives as required, which will include hasic system and software fundionality.

h. Provide classroom tr<.umng on new software to he delivered to the end user (Windows 7and Office 201 U).

c. Provide printed training materials for end user educatJUn on their new subsystem and updated image.

d. Provide a training schedule lor all training to he oHered during the period of perf(Jrmance.

-I.X Provide Service Desk Training which includes hut not limited to:

a. Provide das~room hascd training to Service Desk Members in the use of Windows 7 and Office 2010 a.'> well as the support and trouhleshooting practices for those technologies.

h. Trainmg should occur 2 week.'> bdme the fir'>! deployment'> to allow fnr Service Desk Support of the new image and software.

c. The training should he offered up to 2 weeks after the final dcplnymcnts. d. Provide wch-hascd training (IE X compatihlc) on new software to be delivered to the

Service Desk Member (Windows 7 <Hld Office 2010). c. Provide training schedule for all training to he offered during the period of performance.

RFP !2EN220-0J2~ Lifc.;,;yde- Rcfrcsh-WorkSI.:ttion ln~talli.ltion Servic;:s [Task I]

5. ADMINISTRATIVE REQUIREMENTS:

.5.1 S..:curily: All per...onncl as;,;ign.:J lo tb~ t.:Ontract shull a! a minimum have an aetiv~,.· DOD sct.:uri:y l..:karant:l' (SECRET). In addition. DOD {ns!ruction 1'!500.2. lnforma:ion Assuran-:.:t' {lA) I mpil.:mcnlal ion. rcll u ire,; u:rtai n invc .. t igat i vc len:]:,; fnr t:onlrat:tors working llf! DoD Information Sy-;tcms while a minimum of 2 p...:r.~(lf!nd/intli\'itlual~ will havt.: an :.tt.:tivc Tor Sccrt:t (TS:SCl) SC!.:urity c!caraocc.

5.2 Tc<:hnkul D:ua and Soflwarc Lkcn-.cs: At th..: disuction and approv;1! uf t!-w Gov~,.·rmm:nt, app!kablc anti rdcvanll!:c-hni;,:al data and ;,oft ware lio:nsing >.'Urr<.:ntly in c:dsh.:m:t: will hl: provklcJ to the contmctor during initial transition.

5.3 Place nfPcr:'orm<m>.:c: The r1imary place of pnfurmant:(' will be at the Pcnt<tgon anti llthcr Gov.:rnrr.ent l;_H.:ilitic" wi!hir. lht: NCR. Primary lncatinn.'i in dud..; Pentagon, M<trk Ccn!o..:r, ( rystal C'lly. Rns~yln, Suffolk Building in ~\rlingtiln, VA, and the consoth.latt:d warchnu~~· in Alexandria, VA.

SA P"'riod df P<:rfnrmano:e: The periud nf pcriormancc sha1J he !or nine mllnths.

55 Hours nf Opt·ratltm!P..:riDrnwncc:

Nnnnal Working Hour.'-. (NWHs) arc (dlO ;un to 6;00 pm on w..:ddays. Extended Wm·king Hours (EWH~) an: 6:!)(1 rm ht H:(){) illll we-ekdays and indud..: al! day on week<.: nUs and FeJ..:nd holid~·ys.

:'i.h Applkahk Documents:

The ;.·ontmt:tnr sl:.all t:n:-urc continmng <H.lhcn::nn· lP gcnl'rally ;n.xcp!cd Gllvcmmcnt information h:chnnlogy policies ami guidan..:c upplic<thk tc: th;; lt~sk tlrdcr. Thi'< indudes, but is notlimik<J !o, public laws, cxccutiw nnkrs. directives, regub-J!inns. manuah., standards. memorandums, and instrm:tions_ The contractor :-.haH comply with :he approrriat~· DnD-approv:;:d program;,, srandanls, ;tnt! guiJdim.:s.

• DoD issuance' Including directive:-;, instructions puhli;..·;Hi\ms, and memor:tll<Jurn.-, <11\: Hst<:tl a! h ttru /w w~. d tic m i!lw I12L d i fSKVti vc~:·.

• DoD JA policies, procOOurcs. Uir..:ctiv~.::"'. in:..tm:.:tiPns. :md mHnuals .an:- th:..:ti at h 1 t;) J/ias<,' .dl;,<t. m!l/p:; 1!i.-;y ·~vi dl! n<xilnJcx .htm L

• Umh:d S:;Jtc;,; Cyh..:r Com manU (USCC) order.,, din.·..:tivt·..,, w1d lA vulnerability ah:r!:- arc listed at hUp . .,:;iwww.i;f~no.mi!

• DnD !nsnuction 50f)(Lf)4. Accounlahdity ami Man<~gcmt.:nt of DoD-Own..:d ELtuipmcnl and Other Accountahk Property.

• A D:-.1: 002502-ll lmplemctWltiun {If Basic !nrut!Output System (BIOS) Protc~..-iion Guklchncs and :he rcfercnc.-.:d Na:iona! ln;;titu1cs of StanJards publication MST 800-147 (April 201 i) BIOS Prnt.:~:uon GuiJ.clim·~ hUpi'n>t;.;,Jlj;,LJ.\''' d?uh!ic.~tion;;JPJbJ-SPs h\nll

RFP 12EN220-032- Lifccydc Refresh-WorkStalion Installation Services [Ta~k I]

6. I'ERFORMANCE METRICS:

Table 6 J ' ' Perfor,marice ,· :;, .. R"'!ulremeot ~~pti<m

' ' i>.ifum,3ll.;, ~~~~d••d ObJectives

Entcrprl~"' Standard Pvrccmagc of enterprise standard imaged '

lm<l!;'-''s Dcploy..:U deployed compared l\l a validatt:U Ji~J nf !\t least 9W11, hy the cnU of

rws -+.2 and 4 . .2 ~ysh.:m..: providcJ hv !lie Go\·;,;rnm~:nt ~he period of pcrform;m..:c

Pl,'rc:nl:!gc oi z:u:.tonld respons,.·;, tn :u1 CustPffi!.T aummaw<.l -.llti.:.fm:tion surn:y (nka AI kasl 4 om of 5 on a Likcr! Satislitl'!it;rt lntcr;lt:tlv>.: Customer Evalu<tlions) !hal "calc by the end of th..: period

I PWS4.h &~ore 4- or hdtcr tu~cd on a typical hvc- : of perfnrm;;ncc

' level Likert wak Enlcrprhe St:Jmlard

Pcn:em<~gc of ent..::rpris..:: standard 1maged !m<tgvs D'-·rlnycd 50% or mure ~1t 4 mt1n!hs (H;t)fW<ly)

deployed compared to a valid;~tcd lbl of afto:r award

PWS 4, I :111d 4_2 ~y>,tem~ pwvid .. ·d hy the Government

P'.:n.:en:Hgc of ..:ustmner rcspon-;;;s In :Hl Cuswmcr 4U!Om;lli:d s;lti:-.fai.:lmn ~urvcy (aKa i\t kljst .\.75 out of 5 on a Satl">f;u:tit•n PWS Intcrat.·tiv~.: Cu\t\•m~.:r Evaluations) that liken scah: by 6 nwmh~ afh:r 4J> :-core 4 or hcth:r hased on a typical fin:- award

' ' level Ltkcrt -.cal..:: ' ' '

Note: Cw•.tnH..:lor Pe-rform a nee Evalua:ion: The Cnntractnr· s fll'ffi!m)arH.:C will h.:: reported in lhe­(\intr:lctnr l'erfnrmanco.: Asso.:ssmo.:nt Reporting System (_CPARS) ttnd the asscs\mcnb will he rdk\.'h:d in the Pa:-.1 Performance lnformati(lfl Rc~ri\'\'ill (PPlRS) Dat;lhase.

7. REI'ORTS ANilHELIVERAIILES

Tahlc 7 I

Deliverable .•.· Dl!scripllou .· Sdumule, :~':. -Formt:tt • Deployment plan

• Communications an;J the1r Re\i':cJ Dcplnymcn: Plan timing JO days after Mutu,dly Agr;:;.;U PWS 3.K • Any kchno!ogics u~o.;d £f\k;1rd

Dcploymt'nt proces:, ' • '

• D..:ploymenl Checkli~l~ ' W<..:ekly Sta!u;o, Re-port~ Wc..:kly upil<~lcs repmtmg nn '

I Weekly Mu:ually Agrcd PWS .1.6 .-.dn:duk undat1.:s and 11TO"rcs:,

Detail;; nt lrttining i.:onh:nt and

Training S~:h~dule -.dv.:dulc for Jdivc-ry tn HH.:lude

I Oday:-s after pk1-.:e~ for dcllv..::ry within Mark Mwually 1\grcl'd

PWS J.7 (\'ni.cr, Pentagon, and Cryqal

awarJ

Ci1y Ma~tt.T Deplr1ymcn1 D..:wikd ::;dn.:tiulc tn mcc: :he

JO days .aflcr ' S~.:heduk Pinal rcqvi!'.'tW:nts of ihi~ pcrfnrm;ml.:C I Mulually Agree<.!

i PWS J.K work c.talerncnt (PWS) , awani '

(,

' ' I

' '

RfP 12EN220~0J2- Lifccydc Refresh-WorkStation Installation Service~ [Task 1J

Dellv•ral!le ll<m:riutlon I < ,, I ,' immav'

Conduct customer "'urv~o.·y-; 1n ' I I ' ' identify [p:,:al fJ'Cripht.:mh, < <

15 Jnys pnor In <

C;.s:nmcr Survey.; appli<.:u!ion~ Lt'l.¢d, use-r profile. I PWS4,1 and tilcsharcs, tor ::ach u~r 10 be

-;chcduh:tl ' \1ntual!y Agn.:cJ I ' deployment ' deployed a n.;w d.;sktop/laptnp ' i (Sec draft dcplovmcm plan)

R .. ·mcdy Conllguratiun Cpdat::s to RcmcUy dm.:uml'ming Man;:~~<:m>.::n! Databast the ,a~-.cl <.tv·,ignmcnt -:o u;-.cr and

Nn Jpngcr than 5 (CMDB} antl Rcm..:dv cnsming tt~cr informal inn in Assc: Manng .. ·-rncnt Rl'cord Rl.!nh.:dy is <:t~.:<.:uratc for {~ach H

day..; :lflt:r MutttaHy Agn.:nl ' installatl;m

Updak~ new dt.:sk:op/laptop had lx:~.:n ' i '

PWS 4. I dcp!ov\:tl :11.

Rcpor: of Lrouhl" call:-. fl"[l(lfl\.'d ' after the: <kploymc:r.t.

' Weekly I Lcs':>ons Learned C(lf1SOlidat\:d L'Uc.tomcr cva)u;Jtinn

Mu!Ually Agreed PWS 4.1 n.!l>ron:-.t:s, and sugge:-.Linnl> f(lr '

I I

impmving the deployment i nnx.:c~M:~

7